Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOURCES SOUGHT

D -- Department of Defense (DoD) Transportation Management System Maintenance, Developmnet, and Integration - Transportation Applications

Notice Date
11/22/2011
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ-12-S-0004
 
Response Due
12/27/2011
 
Archive Date
2/25/2012
 
Point of Contact
Amanda I. Campbell, 601-634-3944
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(amanda.i.campbell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE) is conducting market research to help the Army better understand current and future information technology (IT) services, tools, and products capable of maintaining, enhancing, and/or extending the Army's existing suite of transportation and distribution solutions that are under the management and technical control of U.S. Army Product Director for Transportation Information Systems (PD TIS) under the auspices of the Program Executive Officer for Enterprise Information Systems (PEO EIS). This market research is intended to improve USACE's understanding of available off-the-shelf products that can be acquired to replace some or all of the existing GOTS and COTS components within the TC-AIMS II and AMR applications to: 1) improve the affordability of maintaining PD TIS' suite of systems; 2) improve the performance and reliability of the PD TIS suite of systems; 3) improve the usability of the PD TIS suite of systems to support optimization of DoD transportation and distribution systems ; 4) improve the interoperability of the PD TIS suite of systems with other DoD systems of record; 5) optimize the ability of the PD TIS suite of systems to adapt to emerging technologies and DoD transportation and distribution processes; 6) reduce limitations on use of the TC-AIMS II and AMR applications across the Department of Defense (DoD) and other Federal agencies. This Request for Information (RFI) is not a Request for Proposal and does not reflect a commitment by the Government to issue a solicitation or award contract/contracts supporting DoD Transportation Management System Maintenance, Development, and Integration services supported by USACE and PD TIS. Respondents are solely responsible for all expenses associated with replying to this notice. This RFI is being issued to help the Army better understand current and future market solutions, availability of services, industry best practices, technical characteristics and functionality of information technology (IT) services, tools, and products capable of maintaining, enhancing, and/or extending the Army's existing suite of transportation and distribution solutions. The USACE may chose to host an Industry Day at a later date. If conducted, notification of an Industry Day will be posted as a modification to this notice. Interested parties are responsible for monitoring modifications to this Sources Sought Notice. This market research does not convey an all or none requirement. Respondents are requested to respond to their abilities to support any or all of the services identified. This RFI is intended to improve USACE's understanding of available off-the-shelf products that can be acquired to replace some or all of the existing GOTS and COTS components within the TC-AIMS II and AMR applications to: 1) improve the affordability of maintaining PD TIS' suite of systems; 2) improve the performance and reliability of the PD TIS suite of systems; 3) improve the usability of the PD TIS suite of systems to support optimization of DoD transportation and distribution systems ; 4) improve the interoperability of the PD TIS suite of systems with other DoD systems of record; 5) optimize the ability of the PD TIS suite of systems to adapt to emerging technologies and DoD transportation and distribution processes; 6) reduce limitations on use of the TC-AIMS II and AMR applications across the Department of Defense (DoD) and other Federal agencies. General Information regarding the program background and Minimum Product / Service Requirements are attached. Responses to this RFI should address the three main objectives stated below. First, the Army seeks a basic understanding of the off-the-shelf products that meet the stated objectives. Second, the Army seeks to understand the terms and conditions that would be offered with the sale of those off-the-shelf products. Third, the Army seeks to understand the experience and capabilities of the firms that provide those products. All questions regarding this RFI should be submitted electronically to Amanda Campbell, Amanda.I.Campbell@usace.army.mil and reference W912HZ-12-S-0004. Responses are limited to 20 pages with no less than 1", Times New Roman 12 point font in MS Word or searchable ".pdf" format and shall be submitted to electronically to Amanda Campbell, Amanda.I.Campbell@usace.army.mil and reference W912HZ-12-S-0004. OBJECTIVE 1: FEATURES and FUNCTIONS of AVAILABLE PRODUCTS 1. Product Name 2. Applicable Product Line Item Numbers 3. Product Description 4. List of features and functions offered through the product with traceability of the desired capabilities listed in the attached document entitled "Product and Service Requirements" 5. Background on how the products can be integrated into the existing TC-AIMS II and AMR applications 6. Pricing for the off-the-shelf product. Please note any pricing differences for use of the product in a production, testing, and development environment 7. Compatibility with emerging technologies and technical standards to include, but not limited to, mobile applications, cloud technologies, and service oriented architectures (SOA) 8. Status of achieving Army Certificate of Networthiness (CoN) and Authority to Operate (ATO) of the identified products. OBJECTIVE 2: OWNERSHIP and TERMS OF USE 1. Ownership rights of the identified products. Please include a detailed description of any specific component(s) of the product that would remain proprietary or under the exclusive control of a specific vendor. 2. Detailed information on licensing terms that would be offered with the products. a. Please note any differences in the terms that would be offered for any of the three environments described above (i.e., production, test, and development environments) b. Please note any differences in the terms that would be offered between the three configurations identified above (i.e., stand-alone, client-server, and enterprise configurations). 3. Please provide detailed information on the rights the Government would have to allow other vendors to modify and/or maintain the identified products. 4. Provide detailed information on any applicable maintenance and support services that would be offered with the identified products to include the scope and relative pricing of the services. OBJECTIVE 3: COMPANY PROFILE, EXPERIENCE, and CAPABILITIES The Army is interested in understanding the profile, capabilities, and experience of the companies responding to this RFI. Accordingly, responses are to address the following: 1. Organization Name 2. Industry North American Industry Classification System (NAICS) code and business size for each NAICS code NAICS SIZE 3. Vehicles and contracts your company holds 4. Year established/founded 5. Company Ownership (public, private, venture) 6. Business Classification/ Socio-Economic status (e.g., large, small, 8(a), women owned, hub-zone, SDB, Service-Disabled Veteran Owned) 7. Location of Headquarters 8. Locations where Incorporated 9. Capabilities and/or Experience - provide a narrative description of capabilities and experience for each of the following areas: a. Application Product Design b. Application Product Development c. Application Product Integration d. Security and Information Assurance (IA) Management e. Middleware (Infrastructure) Management f. Ongoing Application Product Management g. Application Product Support h. Application Product Maintenance i. Mobile and Wireless Services j. Enterprise Systems Management k. DoD and Army transportation and distribution processes l. Other DoD and Army systems of record m. Call Center/Help Desk and Customer Support n. Integrated Project Management o. Relevant Industry and/or Government Certifications
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ-12-S-0004/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN02627423-W 20111124/111122234451-ab606f9984f5c29776785925ec4dbbfe (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.